HomeMy WebLinkAboutR-89-0127349-102
1/23/89
RESOLUTION N0. 'r 94w'127
A RESOLUTION AUTHORIZING THE PURCHASE OF SIX
(6) E.M.S. TYPE III PARAMADIC RESCUE VEHICLES
UNDER AN EXISTING BROWARD COUNTY BID NO. C-
02-88--21-OF/RESCUE AMBULANCES FROM COLLINS
AMBULANCE CORPORATION FOR THE DEPARTMENT OF
FIRE, RESCUE AND INSPECTION SERVICES AT A
TOTAL PROPOSED COST OF $349,200.00;
ALLOCATING FUNDS THEREFOR FROM THE FIRE BOND
ACCOUNT NO. 313229-289401-840 "FIRE RESCUE
NEW APPARATUS ACQUISITION FY-89", AUTHORIZING
THE CITY MANAGER TO INSTRUCT THE CHIEF
PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER
FOR THIS EQUIPMENT.
WHEREAS, the Department of Fire, Rescue and Inspection
Services wishes to purchase six (6) E.M.S. Type III Paramedic
Rescue Vehicles under an existing Broward County Bid No. C-02-88-
21-OF/Rescue Ambulances from Collins Ambulance Corporation from
Hutchinson, Kansas at a total proposed amount of $349,200.00; and
WHEREAS, these vehicles will be utilized by the Department
of Fire, Rescue & Inspection Services to increase it's spare
1
vehicle fleet; and
WHEREAS, the State of Florida EMS Grant Program will provide
the funding for one of these vehicles ($58,200.00) reimbursing
the City at a later date; and
WHEREAS, funds for this purchase will be available from the
-
FY 89 Fire Bond Account No 313229-289401-840; and
WHEREAS, the City Manager and the Director of the Department
of Fire, Rescue and Inspectior. Services recommend that the
purchase of said equipment from Collins Ambulance Corporation be
approvedl
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
-
Section 1. The purchase of six (6) EMS Type III Paramedic
Rescue Vehicles under an existing Broward County Bid from Collins
rv`
Ambulance Corporation at a total proposed cost of $349,200.00 is
r
hereby approved with funds therefor hereby allocated from the FY
ti,
E
89 Fire Bond Account No. 313229-289401-840� "Fire Rescue and Apparatus
Acquisition FY-9911.
CITY COMMISSION
MEETING OF
A+= �.
FEB 9 t988,
r
•
RESOLUTION No.8/�4
V
tc1MARKS:
d4 a
ifn �i ��F
z.
Section
The City 14&n&9,6r is
irkattuat the Chief Procurement Officer to
for this equipment.
section 3. This Resolution
shall become
immediately
upon
its adoption
pursuant
to
law*
PASSED
AND
ADOPTED this �.
�th- day
of
C7
ATTE
MAT Y HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
�Z,,
ROBERT P. CLARK
CHIEF DEPUTY CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
, wyjs Ai
4
0
n
q
6Z1,11 iIA
,`
E
FERN NDEZ
CI -ATTORNEY
UT,t
m
JO
CI
Je�
tz
i
j.
Nyn
. S ilM 6y�Yy3. 1l d�
•m k♦ + n�E�4
�' Y
i
ai f�
CITY OF MIAMI, FLOAIDA
INTER -OFFICE MEMORANDUM
i
TO : The HOhorable Mayor and Members DATE :JAW'a 139
FILE
- of the City Commission
SUEUECT : Recommendation for Resolution
Permitting Purchase Off of
Broward County Bid No.
C-02-88-21-OF/Rescue Ambulances
FROM : REFERENCES:
Cesar H. Odio
City Manager ENCLOSURES:
:i
1tEWM24ENDATION
ti
St. is recommended that a.Resolution be passed permitting the City of Miami to 3
purchase six (6) EMS Type III Paramedic Rescue Vehicles off of Broward.County_ ~�
Bid No. C-02-88-21-OF (Vendors Collins Ambulance Corp. of Hutchinson, Kansas) 4`'3si
. at a one-time cost not to exceed $349, 200.00.
BACKGROUND.
t -
4
These six (6) vehicles will be utilized by the.Department of Fire, Rescue and tYi
Inspection Services to increase it's spare vehicle fleet. They will be assigned
to the Firefighting Division as Basic Life Support Vehicles when not required. y
for first line advanced Life Support Service by the Rescue Division. These
additional vehicles -will also be available for Mass Casualty Incidents in the $
event large numbers of patients must be transported. Also, be advised, that
funding for one of these six vehicles ($58,200) will be provided by the State
of Florida EMS Grant Program.
Amount of Bid $349,200.00 a of Cost Estimate N/A
Gosh Estimate N/A �
t wt-f } jC
Source of Funds y "M
Fire Bond Account313229-289401-840 2 br
Entitled, "Fire; Rescue New Apparatus ,A q"att� 'i ij
,y t
Minority Representation
x N/A . - Broward County Contract
, Public Hem/Notices N/A F x €F
As
$eVsable -Pro ect W/�
64
-to. William J. Schaut DATE
Pr6ciirement s4er'visor
Procurement Management GSA Dept. SUBJECT
This department has .,verified. available funds with the Departments of
4_1
Firianae and. Management Q Budget that funds are available to corner the
cost of the subject bid in the amountof 349,200-00
_W. Account-- Code` twbir! .313229-289401-840.
FINANCE -:REVIEW &-APPROVED
(IF REQUIRED)
N/A
Carlos"Ciarcia Director. o Rodriguez Director ',L.'°",{.::"�--',Tl.�
Planning Department
Department of Finance
BUDGETARY REVIEW &.APPROVED BY
'kinbhar S. Sutana, Director: - Trank Castane44 CommunityiDeOel t
Dep
artmen
JAI
AO
6V
f M�-'4 _N
_�=� .,- ➢ - -�ri�..u;'7 Y}p> 'S � 4. r'{�#r��T��,�x ^�Hpy i. -4t �,� { -
+,
1
"
1 S 1'
51 F
t i
N
i
i�
CITY OF MIAMI, FLORIDA P.O. BOX 330708 f;
PROCUREMENT MANAGEMENT Miami, F1 33233-0708
DIVISION TELEPHONE NO. 579-6380
BID NO.
BID SHEET
IMPORTANTs. BID SHEET AND BIDDER ACKNOWLEDGEMENT !LOST BE RETURNED IN
`MpL�CATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER* TIME
AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT
BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS
ENVELOPE.
Terms: (Include cash discount for prompt payment, if any)
Additional discount of -- ....... t if awarded all items.
Warranty and/or guarantee: -_
State any variances to specifications (use separate sheet if
necessary)::
Delivery: calendar days required upon receipt of Purchase'Order.
f.:. Delivery.Point(s): --
In accordance with the Invitation to Bid, the Specifications, General,:
Conditions, Special Conditions, and General Information to Bidders we
agree to furnish the Item(s) at Prices indicated on the attached bid
sheet(s).
NAMES,OP COMPANY OWNER(S): NAMES OF COMPANY OFFICERS: �y
Public Corporation With:
Don L. Collins Don L. Collins - CEO & C of B
Don L. Collins, Jr. Don L.
Collins
Jr. Chief Op.. Officer
Gary Goetsch as Major Stock Holders Gary Goetsch —President �w<
(Please use the back o th s page if more space s necessaryr
t2
A�
Name of individual holding license in this profession (if applicable)
Collins Industries, Inc. - Manufacturer's License{
fit
MINORITY PROCUREMENT COMPLIANCE
The undersigned bidder acknowledges that it has received a, cgpy
Ordinance No. 10062, the Minority Procurement Ordinances of .the C;.ky q,.
Miami, and agrees to. comply with all applicable substmntive(a'��{'
r procedural provisions therein, .including any amendments, thereto*
aIDDERt Signature: j
company. name~
,h
Print Namesap
1444cste If Minority Business$ Date:
$lack [ a Hispanic L 7 Women
Fs ,
F1li R$ r TO ` CAMP B SIGN AND RETURN THIS FO NAY DI r